ID 4573120 - NIPS – Supply, Delivery and Refurbishment of Cell Snatch Rescue Equipment

Complete

Value

£250,000

Classifications

  • Firefighting, rescue and safety equipment
  • Firefighting equipment
  • Breathing apparatus for firefighting
  • Fire escape equipment
  • Firefighting materials

Tags

  • tender

Submission Deadline

2 years ago

Published

2 years ago

Description

The Northern Ireland Prison Service (NIPS) is an Executive Agency of the Department of Justice NI (DOJNI) and is responsible for the management of His Majesty’s Prisons in Northern Ireland. The Prison Service operates under the control of the Department of Justice for Northern Ireland. It is governed by the Prison Act (Northern Ireland) 1953 and the Young Offenders Rules (Northern Ireland) 1995. NIPS wish to appoint a contractor for the supply, delivery and refurbishment of Cell Snatch Rescue Equipment (CSRE). NIPS require Cell Snatch Rescue Equipment (CSRE) smoke hoods-type equipment to be deployed on prison landings to provide breathable oxygen for prison officers, which enables them to safely deal with cell fire incidents. These sets were rolled out in 2009 and their use is now mandatory to enable officers to protect their own health and safety and that of affected prisoners under the duty of care that we provide for them. Cell fire incidents with the safe removal of the prisoner from cell is planned for less than 20 minutes. NIPS require the Contractor to refurbish sets, post-incident, and revalidate them, in line with certification requirements. The contract will be for a period of five (5) years.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Plymouth CAST Provision of Statutory Testing, Servicing and Reactive Repair Services

The Client is seeking to appoint a single Principal Contractor to deliver the full scope of Service Level Agreements (SLAs) outlined in the specification, which includes: a. Statutory compliance maintenance and Planned Preventative Maintenance (PPM) across in-scope mechanical, electrical and specialist systems (see Detailed Technical Specification for SLA Provision and other appendices). b. Reactive maintenance in line with the response model in Response Times. c. Technical support and management of specialist subcontractors engaged under this Contract. d. 24/7 operations support for emergencies. e. While elements of the service may be subcontracted, the Contractor will remain the sole point of contact for the Client and will retain full responsibility for the coordination, management, and successful delivery of all aspects of the contract. The Contractor must: a. Ensure and provide proofs that all employees and subcontractors meet and maintain the required standards of competence, compliance, and performance. b. Maintain clear and consistent communication with the Client, regardless of subcontractor involvement. c. Be accountable for all service outcomes, including timeliness, quality, and statutory compliance. d. Provide a unified reporting structure and escalation process for all services delivered under the contract. e. This approach is intended to ensure streamlined communication, efficient contract management, and clear accountability throughout the duration of the agreement.

Katy Reed

Published 1 month ago
Open

Plymouth CAST Provision of Statutory Testing, Servicing and Reactive Repair Services

The Client is seeking to appoint a single Principal Contractor to deliver the full scope of Service Level Agreements (SLAs) outlined in the specification, which includes: a. Statutory compliance maintenance and Planned Preventative Maintenance (PPM) across in-scope mechanical, electrical and specialist systems (see Detailed Technical Specification for SLA Provision and other appendices). b. Reactive maintenance in line with the response model in Response Times. c. Technical support and management of specialist subcontractors engaged under this Contract. d. 24/7 operations support for emergencies. e. While elements of the service may be subcontracted, the Contractor will remain the sole point of contact for the Client and will retain full responsibility for the coordination, management, and successful delivery of all aspects of the contract. The Contractor must: a. Ensure and provide proofs that all employees and subcontractors meet and maintain the required standards of competence, compliance, and performance. b. Maintain clear and consistent communication with the Client, regardless of subcontractor involvement. c. Be accountable for all service outcomes, including timeliness, quality, and statutory compliance. d. Provide a unified reporting structure and escalation process for all services delivered under the contract. e. This approach is intended to ensure streamlined communication, efficient contract management, and clear accountability throughout the duration of the agreement.

Katy Reed

Published 1 month ago
Open

DS504-25 NFCC Framework for Respiratory Protective Equipment, associated equipment and services

Devon and Somerset Fire and Rescue Service in conjunction with the National Fire Chiefs Council Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCC Procurement Hub is leading a procurement project to replace the existing Framework for Respiratory Protective Equipment, associated equipment and services The framework will enable Contracting Authorities named on the framework to procure Respiratory Protective Equipment, associated equipment and services. The detailed requirements have been split into Lots which have been developed with the support of the NFCC RPE Group. Lot 1 Self-contained breathing apparatus, with ancillaries Lot 2 Cylinders with ancillaries Lot 3 Integrated Communications systems Lot 4 Telemetry Lot 5 Maintenance services Lot 6 Provision of consumables, parts and spares Lot 7 Other respiratory protective equipment and services The contract location will depend upon the call-off contracts awarded by the Contracting Authorities. The Framework will be a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities. No maximum number of suppliers per lot has been applied. Full details of the requirements are provided in the tender documents which will be available through the e-tendering portal. Suppliers who are interested in this opportunity should register on our e-tendering portal where this opportunity will be tendered shortly. The e-tendering portal is located at: https://sell2.in-tend.co.uk/blpd/home The e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Katy Reed

Published 1 month ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete